SOLICITATION NOTICE
61 -- DIESEL ENGINE-GENERATOR
- Notice Date
- 1/3/2014
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- NAVSUP Fleet Logistics Center Pearl Harbor, Joint Base Pearl Harbor Hickam, HI 96860
- ZIP Code
- 96860
- Solicitation Number
- N6247814RCF0006
- Response Due
- 1/8/2014
- Archive Date
- 7/7/2014
- Point of Contact
- Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
- E-Mail Address
-
Clientservices@fedbid.com;
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice.The solicitation number is N6247814RCF0006 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-72. The associated North American Industrial Classification System (NAICS) code for this procurement is 336390 with a small business size standard of 750.00 employees.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit quotes.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2014-01-08 17:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Pearl Harbor, HI 96860 The FLC - Pearl Harbor requires the following items, Brand Name or Equal, to the following: LI 001: SET, STANDBY DIESEL ENGINE-GENERATOR 25 KW, MODEL 25DSKCA, BRAND: STANDBY, SPECS: 480/277VAC, 3 PHASE, 4-WIRE, WITH 3P50A MAIN CIRCUIT BREAKER,SOUND ATTENUATED ENCLOSURE, AND INTERGRAL SUB-BASE FUEL TANK SHALL BE FACTORY ASSEMBLED INTO ONE COMPLETE WORKING UNIT. THE STANDBY DIESEL ENGINE-GENERATOR SET SHALL HAVE RATINGS AS INDICATED ON DRAWINGS AT 0.8 POWER FACTOR. THE SET SHALL BE A MANUFACTURER?S STANDARD PRODUCT OFFERED FOR COMMERCIAL OR INDUSTRIAL USE AND EQUIPPED WITH A CIRCUIT BREAKER WITH RATINGS CONSISTENT WITH THE GENERATOR RATED VOLTAGE AND FREQUENCY, WITH CONTINUOUS, SHORT CIRCUIT AND INTERRUPTING CURRENT RATINGS TO MATCH THE GENERATOR CAPACITY. THE BREAKER SHALL BE ENGINE GENERATOR BASE MOUNTED BY THE ENGINE-GENERATOR SET MANUFACTURER. THE STANDARD CONTROL PANEL SHALL BE EQUIPPED WITH FUEL LEAK DETECTION, HIGH AND LOW LEVEL FUEL ALARMS. BATTERIES WITH RACK AND CABLES. THE ENGINE-GENERATOR SET SHALL BE PROVIDED WITH VIBRATION-lSOLATION IN ACCORDANCE WITH THE MANUFACTURER'S STANDARD RECOMMENDATION. B. THE ENGINE-GENERATOR SET SHALL BE EQUIPPED WITH A FACTORY INSTALLED SOUND ATTENUATED ENCLOSURE. THE ENCLOSURE SHALL BE WEATHERPROOF AND CONSTRUCTED OUT OF ALUMINUM. ENCLOSURE SHALL INCORPORATE AN INTERNALLY MOUNTED CRITICAL LEVEL SILENCER ENCLOSURE PACKAGE AVERAGE SOUND PRESSURE LEVEL AT 7 METERS SHALL BE 70.9 dba OR LESS. INTERGAL SUB-BASE FUEL TANK SHALL BE INCORPORATED INTO THE GENERATOR SET BASE FRAME AND SOUND ATTENUATED ENCLOSURE. DUAL WALL, SECONDARY CONTAINMENT DESIGN HAVING A CAPACITY OF 126 GALLONS. PRIMARY TANK LEAK DETECTION SWITCH IN CONTAINMENT BASIN, LOW FUEL LEVEL SWITCH FOR ALARM/SHUTDOWN AND EXTERNAL. OVERFLOW PREVENTION VALVE (OFPV) FUEL TANK SHALL BE UL LISTED AND CONSTRUCTED IN ACCORDANCE TO APPLICABLE NFPA CODES. VENDOR TO SUBMIT ALL DRAWINGS AND SPECSCUMMINS STANDBY DIESEL ENGINE-GENERATOR SET MODEL 25DSKCA OR APPROVED EQUAL. STANDBY DIESEL ENGINE-GENERATOR SET TO BE LOT AWARDED WITH AUTOMATIC TRANSFER SWITCH TO ENSURE COMPATIBILITY., 1, EA; LI 002: SWITCH AUTOMATIC TRANSFER, 3P70A, 480 VAC, 60 HZ, SHALL BE EQUIPPED WITH OPEN TRANSITION, BATTERY CHARGER AND HAVE RATINGS AS INDICATED ON THE DRAWINGS. ENCLOSURE SHALL BE NEMA 1. FULLY AUTOMATIC OPERATION SHALL BE PROVIDED FOR THE FOLLOWING OPERATIONS: ENGINE-GENERATOR SET STARTING AND SOURCE TRANSFER UPON LOSS OF NORMAL SOURCE; RETRANSFER UPON RESTORATION OF THE NORMAL SOURCE; STOPPING OF THE ENGINE-GENERATOR AFTER COOL DOWN. DEVICES SHALL AUTOMATICALL RESET AFTER TERMINATION OF THEIR FUNCTION. CUMMINS MODEL OTEC70 OR APPROVED EQUAL. VENDOR TO SUBMIT ALL DRAWINGS AND SPECS PRIOR TO AWARD. STANDBY DIESEL ENGINE-GENERATOR SET TO BE LOT AWARDED WITH AUTOMATIC TRANSFER SWITCH TO ENSURE COMPATIBILITY., 1, EA; LI 003: REQUIRED SERVICES: START-UP AND VENDOR OPERATIONAL TRAINING. THE ENGINE-GENERATOR SET AND AUTOMATIC TRANSFER SWITCH VENDOR SHALL FURNISH A QUALIFIED MANUFACTURER?S REPRESENTATIVE THAT HAS ATTENDED THE MANUFACTURER?S TRAINING COURSE ON INSTALLATION, OPERATION AND MAINTENANCE. THE REPRESENTATIVE SHALL: A. PERFORM ON-SITE ACCEPTANCE CHECKS AND TESTS, FUNCTIONAL ACCEPTANCE TESTS AND DEMONSTRATION/TRAINING IN ACCORDANCE WITH UNIFIED FACILITIES GUID SPECIFICATION UFGS-26-32-13.00-20 AND 26-36-23.00-20. B. PROVIDE ALL EQUIPMENT AND SUPPLIES REQUIRED FOR ALL INSPECTIONS AND TESTS, INCLUDING FUEL, TEST INSTRUMENTS, AND LOADBANK AT THE SPECIFIED POWER FACTOR. C. PROVIDE A 8 HOUR TRAINING COURSE FOR NAVFAC HAWAII MAINTENANCE PERSONNEL ON ALL PERTINENT POINTS INVOLVED IN OPERATING, STARTING, STOPPING, SERVICING, ROUTINE MAINTENANCE AND ALL MAJOR ELEMENTS OF THE OPERATION AND MAINTENANCE MANUALS. D. FURNISH 3 (THREE) COPIES EACH OF THE OPERATION AND MAINTENANCE MANUALS IN ACCORDANCE WITH NFGS 26-32-14.00-10., 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, FLC - Pearl Harbor intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing quotes, which descend in price during the specified period of time for the aforementioned reverse auction. FLC - Pearl Harbor is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time quotes.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their quote using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a quote on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith quotes, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. No partial shipments are permitted unless specifically authorized at the time of award. Bid MUST be good for 30 calendar days after close of Buy. FAR 52.212-3 Offeror Reps and Certs / FAR 52.212-3 Alt1 Offeror Reps and Certs. EFFECTIVE JAN 2005, all offerors are required to use ?Online Representations and Certifications Application (ORCA) to respond to federal solicitations. To register in ORCA, please go to www.bpn.gov/orca. You must be active in the Central Contractor Registration (www.ccr.gov) and have a Marketing Partner Identification Number (MPIN), to register in ORCA. Failure to register in ORCA may preclude an award being made to your company. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/Far/ Instructions to Offerors Terms and Conditions Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items (February 2012) Post Award Small Business Program Rerepresentation Convict Labor (June 2003) Child Labor--Cooperation with Authorities and Remedies Prohibition of Segregated Facilities Equal Opportunity Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) Restriction on Foreign Purchases (June 2008) Payment by Third Party FOB Destination Clauses Incorporated by Reference Control of Government Personnel Work Product (April 1992) Contract Terms and Conditions for Defense Acquisition of Commercial Items (Jan 2012) Buy American Act & Balance of Payments Preference for Certain Commodities (JUN 2010) Prohibition on Interrogation of Detainees by Contractor Personnel (NOV 2010) Transportation of Supplies by Sea (ii)Alt I, (iii) Alt II, (iv) Alt III Prohibition of Hexavalent Chromium (May 2011) Authorized Changes by the KO (FEB 2008) Questions regarding this request for quote must be submitted by 07 January 2014 at 12:00 pm EST. This will allow sufficient time to obtain answers and respond before the closing date of the solicitation. Questions received after this deadline will not be considered. CCR Alternate A Requirements Relating to Compensation of Former DOD Officials (Sept 2011) Levies on Contract Payments Affirmative Action for Workers w/ Disabilities (OCT 2010) System for Award Management Maintenance (JULY 2013) Reporting Executive Compensation and First-Tier Subcontract Awards (Feb 2012) Protecting the Government?s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010) Buy American Act-Balance of Payments Program Certificate Offerors Reps and Certs Brand Name or Equal Notice of Total Small Business Set-Aside (Nov 2011) Central Contractor Registration
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00604/N6247814RCF0006/listing.html)
- Place of Performance
- Address: Pearl Harbor, HI 96860
- Zip Code: 96860-4549
- Zip Code: 96860-4549
- Record
- SN03260714-W 20140105/140103233443-060766e2b57d71d3a02db49875d9547b (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |